Loading...
HomeMy WebLinkAbout62-99 RESOLUTION• • RESOLUTION NO 62-99 A RESOLUTION AWARDING BID NO. 99-35 IN THE AMOUNT OF $601,075.50, PLUS A PROJECT CONTINGENCY AMOUNT OF $93,925, TO NORTHWEST EXCAVATION, A DIVISION OF NABHOLZ CONSTRUCTION, CO., FOR HIGHWAY 16 WEST WIDENING -WATER AND SEWER LINE RELOCATION PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS' Section 1 That the City Council hereby awards Bid No. 99-35 in the amount of $601,075.50, plus a project contingency amount of $93,925, to Northwest Excavation, A Division of Nabholz Construction, Co., for Highway 16 West Widening -Water and Sewer Line Relocation Project. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of $695,000 increasing Waterline Improvements, Acct. No. 5400 5600 5808 00, Project No. 99028 10 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this AL day of May , 1999. • ATTEST: APPROVED: Hanna,melf/44, Mayor Fre FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Sid Norbash, Engineering From: Heather Woodruff, City Clerk Date: May 24, 1999 Attached is a copy of the resolution awarding the contract for the Hwy 16 widening project for your records. The original will be microfilmed and filed with the city clerk. cc. Internal Auditor file STAFF REVIEW FORM X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of May 4,1999 HwY 16 WIDEN A.5.1 FROM: �/• / Sid Norbash . Engineering Public Works Name Division Department ACTION REQUIRED: Approval of: (1) The Construction Contract with Northwest Excavation, a Division of Nabholz Construction Co., for Highway 16 W. Widening - Water & Sewer Relocation Project in the amount of $601,075.50. (2) A project contingency amount of $93,925. (3) A budget adjustment in the amount of $695,000. COST TO CITY: $695,000 $450,000 Hwy 16 W. Widening -MS Reloc. Cost of this Request Category/Project Budget Category/Project Name 5400-5600-5808-00 Account Number 99028-20 Project Number 14,000 Capital Water Mains Funds Used To Date Program Name $436,000 Water and Sewer Remaining Balance Fund BUDGET REVIEW: X Budgeted Item X Budget Adjustment Attached �� Budge oordina or Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: ,e -c-, 5 -99 Acco .r'.i$f7� Dat ADA Coordinator Date City Attorn Date Internal Auditor Date Purchasing Officer Date STAFF RECOMMENDATION: Approval of the contract, contingency, and the budget adjustment. s 3-1y Date Date NO Admi tr, iv Services Director D,a e -t Ma or Date Cross Reference New Item: Yes X No Prev Ord/Res #: Orig Contract Date: Orig Contract # FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE HWY 16 WIDEN A.5.2 To: Fayetteville City Council Thru: Fred Hanna, Mayor Charles Venable, Public Works Director Jim Beavers, City Engineer From: Sid Norbash, Staff Engineer/ Date: May 3, 1999 Re: Highway 16 W. Widening (Meadowlands to 71 Bypass) Water and Sewer Line Relocations The above referenced project has been approved by the Council as a CIP project and is budgeted for 1999. The Engineering for this project has been performed by the Engineering Division, and the construction management will also be done in house. On 5-3-99 official bids were received for the construction contract, and four bids were received. The low bidder is Northwest Excavation , a Division of Nabholz Construction Co. of Rogers, Arkansas in the amount of $601,075.50. A bid results sheet is attached for your information. The Staff requests that the City Council approve the following: (1) Award of the construction contract to the low bidder, Northwest Excavation, in the amount of $601,075.50. (2) A total project contingency of $93,925 (approximately 15% of the contract amount) (3) A budget adjustment in the amount of $695,000. The reason that a budget adjustment is needed for this project is that several items were added to the design that were not part of the original estimate for this project. These items are mostly new highway crossings, due to the fact that the old crossings either needed to be enlarged or could not be trusted under a brand new highway, and there were more water line conflicts with the highway work than anticipated. Sn/sn Attachments: Budget Adjustment Vicinity Map Bid Tabulation Sheet Copy of Contract • 1 1 1 1 1 • w z 3AV S3110 o�� 3N3801d y 1S383838rv11 w m� as D`l dv31N33ao DOROTHY J .L0 )x18838 4> AHOo 13 OOOMa3H1v3M NI1 3NIla OvOd 38w11 OcrW Z 0 O 0 Z N cc 0 w U 0 HWY I6 WIDEN A.5.3 rv31VS / N IAa 0 Ir Ju aO or Alija W w ovoa 3lddna z J 0 - J f rc ct z _ w U } r CHAPARRAL L ao J 33a1 rvnld) %Svl ONm00v3ry a0 N33d3 3NId 3A180 W' w SAV 330vN01H0 AVM 39VIdaVO =-1�nj 3Nv1 ASIVO y l LAAa; a0� ONV1MOOV3W1 JQi 0 a0� 0 dG av1S (33V1 5,3NNv l N33n0 ONIZVl8 a'o N City Limits O. ale VICINITY HWY 16 WIDEN A.5.4 CONTRACT THIS AGREEMENT, made and entered into the 4th day of May 1999 , by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and Northwest Excavation, A Division of Nabholz Construction of the City of Rogers, Arkansas of the Second Part, hereinafter called the WITNESSETH THAT: Contractor. , Party WHEREAS, the Owner has called for bids for water system improvements, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Bid No. 99-35 which shall be Highway 16 W. Widening - Water and Sewer Relocations, Fayetteville, Arkansas; including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being Six Hundred and One Thourand and Seventy -Five Dollars and Fifty Cents dollars ($ 601,075.50 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and totally complete all work within ninety (90) calendar days. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. Co. HWY 16 WIDEN A.5.5 As soon as is practicable after the first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, it any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages the sum of three hundred dollars ($300.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. 2 HWY 16 WIDEN . A.5.6 In the event the Contractor abandons the work hereunder or tails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should be surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. 4fitoe,Q4 Furse -Ain a d taw ion efilA r� Name By Witnses* Y *If corporation, secretary should attest. CITY OF FAYETTEVILLE, ARKANSAS Attest: Fre Hanna, Mayor End of Contract 3 Bid Amounts for Highway 16 West Widening from Meadowlands Dr. to the Bypass May 3, 1999 1. Northwest Excavation, a Division of Nabholz Construction 2. Goodwin Company 3. Fayette Tree & Trench 4. Basic Construction Company 5. Kraus Construction Company 6. Seven Valley's Construction Company HWY 16 WIDEN A.5.7 $ 601,075.50 $ 613,985.00 NO BID $ 834,742.50 $ 659,286.00 NO BID City of Fayetteville, Arkansas Budget Adjustment Form ❑w1 10 WLUC,V A.5.Y Budget Year 1999 Depanment: Public Works Division: Program: Capital Water Ntains Date Requested 05/04/99 Adjustment 11 Project or Item Requested: Rcbudgeting 1 ighway 16 West Water/Sewer Relocation project from S les Tax Capital Improvement Fund to Water & Sewer Fund. Project or Item Deleted: None. Use of Fund Balance is proposed for this adjusttnent. Justification of this Increase: The Highway 16 West Water/Sewer Relocation project exceeded the funding available in Sales Tax Capital Improvement Fund and can be funded with Water & Sewer Fund cash & investments. Justification of this Decrease: Sufficient cash & investments exist in Water & Sewer Fund to fund this request, meet programmed funding requirements and comply with City policy. Increase Expen. e (Decrease Revenue) Account Name Amount Waterline Improvements 695,000 Account Number Project Number 5400 5600 Decrease Expense (Increase Revenue) Account Name Amount Use of Fund Balance 695,000 5808 00 99028 10 Account Number 5400 0940 4999 99 Project Number Approval Signatures 5 —3-q9 Requested By Date 560_ 5-3.99 Budget nagcr Date Date Department Director Admin. Ser' ices Director Date �S/fes Date Blue Copy: Budget tt Research / Yellow Copy: Rrgnester Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to I'roject Accounting Entered in Category Log E C:\APP\9913UDGEABUDGTADNIWY16..t. STAFF REVIEW AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting FROM: Sid Norbash Engineering RECEIVED FORM DEC 2 3 1999 CITY OF FAYETTEVILLE CTTY CLERK QFFI E a-99 Cfive, () W&.i Q'Ci9v,4744/ of _ MIC9MairiAtl , D Public Works Name Division Department ACTION REQUIRED: Approval of the Final Reconciliation and change Order #1 for Hwy 16 W. Widening- W/S Relocations Project COST TO CITY: S69.196.40 04,5, oats Cost of this Request Category/Project 5400-5600-5808-00 G1C,351 ..Hwy 16 W. Widening-W&S Reloc. Budget Category/Project Name Account Number Funds Used To Date 99028-20 Project Number Remaining Balance Capital Water Mains Program Name Water and Sewer Fund B ET REVIEW: X udget Coordinator Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: h AcpountinMa ager /n ity Aotorn-y Purchasing Officer 1)x/-99 Date A 1ZZIr11 Date al 9 Date GRANTING AGENCY: Date /a -ate -s5 Date STAFF RECOMMENDATION: Approval of the Reconciliation Change Order. D vision Head De4mens Director 0 / �1.. _ 1 strti -�•ervices Director ,i2 iI/ Ma or Date /L-2.2-'75 Date Cross Reference New Item: Yes No X Prev Ord/Res #:c. z-99 Orig Contract Date: May 4, 1999 Orig Contract # Staff Review Form 12-Zg-‘t1 SiJ Noficn sin * Sol 4,,,J4- c IdS Description/ Meeting Date Mav3,1999 Project Name:Hyw 16 W. Water and Sewer Reloc. Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVI LLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fred Hanna, Mayor Thru: Charles Venable, Public Works Director Jim Beavers, City Engineere; From: Sid Norbash, Staff Engineer Date: December 20, 1999 Re: Hwy 16 W. Widening - Water & Sewer Relocations Final Payment & Reconciliation Change Order Number 1 The construction of the above referenced project is now complete, and a final reconciliation pay schedule has been prepared for your approval. Because of some major changes by the Highway Department certain modifications to our plans were necessitated. Also, some unexpected field conditions necessitated changes, which resulted in an over -run of S69,196.40. This amount is to be funded with the $93,925 contingency amount approved by the Council , under Resolution 62-99. We request your approval of this change order, in order to close out this project. SN/sn attachments 12/20/99 17:46 FAX 501 621 8089 NC5/NWE ®002 12/20/1999 17:24 5015758316 AGREEMflrr WITH CITY FAY 1ST FLOOR PAGE 02 ANEND iarr TO THS Northwest Excavation, Inc. AlumT /1 (one and Final Reconciliation). This is an amendment to the Agreement for Hwy. 16 West Widening - W/S Relocationfrom Meadowlands to By -Pass. executed on the 4th day of .May 199 between the City of Fayetteville, Arkansas and Northwedt Excavation, Inc. Additional services required due to field changes either by field conditions or change of plans by Highway Department. The charge for the additional services shall not exceed $ 69,196.40 (funded by contingency amount of $93,925.00) CITY OF FAYETTEVILLE: NoRTHWES"T- 6KCAVATIDN company • Title Date l:2°4 Date is -'o— 99 FOR OFFICE USE ONLY Existing P.O. # Contract # 1� — RESOLUTION NO. 62-99 fel C EAVlE MAY 2619 e; A RESOLUTION AWARDING BID NO. 99-35 IN THE AMOUNT OF $601,075.50, PLUS A PROJECT CONTINGENCY AMOUNT OF $93,925, TO NORTHWEST EXCAVATION, A DIVISION OF NABHOLZ CONSTRUCTION, CO., FOR HIGHWAY 16 WEST WIDENING -WATER AND SEWER LINE RELOCATION PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99-35 in the amount of $601,075.50, plus a project contingency amount of $93,925, to Northwest Excavation, A Division of Nabholz Construction, Co., for Highway 16 West Widening -Water and Sewer Line Relocation Project. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. section 7. The City Council hereby approves a budget adjustment in the amount of $695,000 increasing Waterline Improvements, Acct. No. 5400 5600 5808 00, Project No. 99028 10 by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. • �/, :aa •\ APPROVED: Ytr, PASSED AND APPROVED this -4L day of May_, 1999. •ATTEST:' B Heather Woodruff, City' Icrk Fred Hanna, Mayor 12/07/99 15:34 FAX 501 621 8089 NCS/NWE 1 NET CHANGES by ChangeOtda o i F I Total changes *mond in previous months by Owner CHANGE ORDER SUMMARY Qi a 0 06Y86ISOIS `o U 00 W O S ^y� G N W U J o 0 W to Oyn 8 Q b 0 SNOiLMQJG b GO 9J 0 U P N in =8 2 v z e 0$ ro M v y E . pp g 8 U M p W v R O J 8 O J nn n t0 w to - o» r N N tO N :nod 13d8wwo3 UOpofl4SUO3 IeJaUSO Zoos mat, Iry bgmAagafed o° z xi >0 CO !? 0 0 :Ol G0183d APPLICATION AND CERTIFICATION FOR PAYMENT not 1N310V11300 0 12/07/99 15:35 FAX 501 621 8089 NC$/NWE . Ia1004 IW.1 = O V U VWON= O `O O J P w. w w1 ^ O V W J P w a O, Y n r= A I� 0 [f r N N �a '-! T ? .T Q �I '_'1, ^� N N 0 cr� 3g� t, ' , g6 ^`'L i S O ' PF�pp b a~^ a g A jl9pfl 9• a b 9 ®$ J (f' o f R G N Y �b' l i •g S ni n G &F zinit IV I Pitt 0? 5' __ P m V N m 4• N y- r O• �N.+ - N- J LI ti • u e_ a -- f u O V r � .� W 4 - a' v - II I `€s2gox22M§E lgguAgggingg0gE 8Nxgg811 II <82I N PU R w i p i1 u 3 w*lO J 5 w1)LOeeOjie e II W it --22a$-"--m- V N u J J V G Ny 88_ JJ 88 a 1Y1,,11 N y N fS t•Ny A p- N NGp pp J 0 0 M O S 8 0 N 7 0 O o O P 0 S e$ Y e e ;-3 Wei O O II II II 11 11 y11 i III I 1 P a W N P = p O n. r a• O W Pt W' -'-e444394 14 P N O V II ; S II �. w c P -- w J a s II O II h o S S g o S p o o f a 0 0 0 0 0 e e .� w e $ r1 $ a Ii 4� y fI 82882888 222282282828288822222222222Pa 11 I I g II 4 E ii II 77qq w r �1 ,�-NN�1tlr$�$�Igs _ 11 H 0 H O e p O S p o pp.,. O e e uo u J o e po as o i u S �7 P o o g o p ,r. p o o II II 8 8 8$ 8$22222 o 8 0 0 0 0 0 0 0 0 8 8 8 8- 8 8 g g Oo 8 g g 8 �11� ;� II 2 1 I g 11 H0 N 0 8 0$ 8 8 8 8 8 8 8 Ming; 8 8 8 8 8 0 8 8 8 8 8 Vii! ii II II GI II ii s l II fi � `I 11 900 13 8 g r b N a 0 A e O_ A 71 P' N 0 E P P 1 8 Ni 1 o A N 'o :. ,N Y Y $ 8.8 8 8 8$ o g g o S 8 g g 0 8 8 0 g$ g g o 0 0 0 0 0 0 0 0 0 S 0 08Pg; 88e08e,eogo8g0000,0,0 ;PP 0PP; 00000880 $$151555155 555555geessg55555 11554°5 axr•�aarxarar:x�. 555 555 a.x m r r �$TI 0000 o : n iia tOtra R. Osl p e m m ogfl w A 00 N - Z Z 13 .0zA m T u I 1 0 0 0 0 0 00 0 0 0 0 0 O O O O o o O P O 0 0 0 0 0 0 0 0 0 0 0 0 II N I 8g88gg0ggggg�gsggggaaogggog88s88oggn- 1, II yyj u uV".1 ... �,1 �N1 py �p 1N� p q y qW }y. —cojO� 8 i'. 11 II A S O w O O O O O rl O a ,Ni, . L O O U .lJ. J. P O 1J.1 u O W O O w O O O I Z I1 !$ 8 8 8$ b 8$$$ >r 8$$$ 8 S S 8 S: 8 8 8 8 o Y$ b e S 0 0 II n 0/ u11E+8 it; aI e II at y a O LmLi 1 r Y i 12/07/09 15:35 FAX 501 821 8089 NCS/NWE . r O 0 N- - O 0 M J O 4 P U N- S 4 Y J P II I w - w i 1f i : 9 m II Q Q 9 q I g OV a it E t W a k g . i 11 {q, le as-. tt"r®y II y a S 8 v Z 0.^ 0. II J 8 R 4pE "EES a 4 9 u m R 3 a 11 �.11 2 J ' m I I 2 _ET E 0 0 w 0. 9 II 7C pa ti g g t 1I o 11 e o 0 0 0 0 0 0 0 0000 0 0000 N o 0 o II Il ®005 it ll I II Il 1 11 1411 u �a .. q u upp y up� p ap �p u II 0 m O U 4 U 0 0 0 0 O S O O it II m I Ca 9 I 1. II 1 ii II 11 P 4 I g ° 11 O o e e 88228828888 0. o C e e 0 0 0 0 e B o 0 0 0 0 0 8 8 O g 8 o g g o 8 0 0 0 S S S 0 a II In iI PI O A9, 11 z 11 ai 11 II p Ii z `a II .�� UO °gg 0000 O O e e O o 0 o e e o 0 0 0 O II I cl y j j 8888 8 8 oO 8 0 0 8 0 8 8 8 S S 8 8 8 II 11 1 o 00 2 2 0 u L to 4 N b d M O H O 4 O S O S S O Ii II II u M a % u u u y. r w N =" II NoJoapL8 e0 II • eee 4t• . 8883 8000088S008 8So201I II I ll 2 m r gr ti ti iIa1 ms b a ad s t E� qLL K Q2 u U O :si-erpn $ O 0 0 0 a o N o 0e u g tzlg 0 0 0 o 0 . p I 8 0 ss 8 8 H 8 8 8 8 8 S S$ 8 8 8 8 8 I 1 o dea 8 e 0 a t M;;?,g0;2P 22828 o53otho $Wbo $0M P PPP POPPPPPPOIPP o 0 0 8 0 0 8 8 2 8 8 8 8 8 2 8 8 8 0 0 8 990 228$ g 8 O 0 0 ....... 4 U [�I 1J Y� I.l ;10°x 4 N J P O 4I :=P j P c P N n 8288882848 8 8 8 8 8 1i R P II g 1I I II 12/07/99 15:35 FAX 501 621 8089 NCS/NAE City d WreeEeMOe • Prey 18 West Wldet ey Water & Sew Y Reiccabons Nwlhwaf Emotion ®000 L joAty (:r<S Were locw4cal Ln ate Nrate1t. kthlm w41CY eke. ccw5in This at 05,4w1 C.e4 c c to+ (nwd ke, redo p; (0j 'EXTRA- DE - NOT ON BD SCHEDULE PROJECTED CWWGES ESTIMATED UNrT EXTENDED DESCRIPTION QUANTITY UNIT COST COST OUANTTTY COST Cf CHANCE NEW TOTAL COST e a., Da., Trench Bcnvallon.Y 0 it 51.00 SOLO 4500 $8,100.00 :910003 • 0 If 50.75 $0.00 sew $4,245.00 $alam 3 16': , . 1 valve 0 a. 53.750.00 S0.0 1 53.75003 S3.750133 1 4 3• CwmtO (ftupb Road) 0 a. $3,40.001 SOLO 1 $3,400 CO 53,400.00 5 Fla Nydranl Eldaslmta 0 co $555.00 $003 10 15,550.0 5985o00 e PIIc4 Hula (a- WalrO,. dam e4 Batty Jw) 0 If $5730 5000 53 $5.173.00 $9175.00 7 Comedian d7 Service line (f Ewa) 0 -- ea $3,200.00 1850.00 50.0 3000 1 1 $3,203 03 180003 53,20.0 181003 e 1F14.1 Plug 0 e 8'.00 0 If a 51080 $710.0 5300 30.00 340 5 18.732.00 33,550.03$3950.03 58,732.00 10 I•Meter Salt 0 11 3N • D,4a, Warta One.) 0 8 51182 1000 403 $5,128.00 14,12800 $45310.00 Tdal $070,271J10 L joAty (:r<S Were locw4cal Ln ate Nrate1t. kthlm w41CY eke. ccw5in This at 05,4w1 C.e4 c c to+ (nwd ke, redo p; (0j 12/07/99 15:36 FAX 501 621 8089 qty d P13attevaa - Hey 16 Wed Widening Wakf 4 Sera r Rekicalsens NCS/NHE 0 007 mace q rvru•eerar coa.m..w,. ORIDYYIL BID QUANTITIES PROJECTED CHANGES I;STWATED UTCT 1 EJ(TENDEU PROJECTED CHANGES DESCRIPTION QUANTITY UNIT UNTT COST TOTAL COST CHANGE IN QUANTITY COST OF CINNOE NEW TOTAL CO6T 1 18 -Water Mukr 6640 V $45.00 5251,600.00 20 $90000 5251,700.00 2 1 E Bd1arlly Vain nth Bar 5 a ' *4.00000 $20,000.00 0 Som 520.000.00 3 16Y16Ylr Tapping Tee B Vain 1 aa $12,000.00 512000.00 0 5010 s12,o00.00 4 Conyap Dunk Iron Ptatrgc 0.350 9e $500 $46,750.00 4289 $21,44500 $68.15510 5 CGale valve .elft Boa 2 ea 5788.00 $1$17-00 0 $0.00 $1,51210 6 V Gate Vain nth Bmf 10 n 1910.00 59,100.00 0 $000 0,100.00 7 C PVC Wer Main C-900 Own 200 SCR 14 45 11 520.00 190000 75 $1,500.00 12,40000 8 env Tapping Skew 5 Tapping Why 3 w $2,045.00 16,136.00 0 $0.00 1613510 9 Fire Hydml Asaemefee with r Gate Valla 11 ea $1,80000 119,600.00 6 *10±80.00 AO.W0J10 10 ReOonnaol 541n4e Line 5 at 12110.00 51075000 -2 04.300. $8.45010 11 3I4- Copper Poly -Wrapped 500 8 513.65 • 56,19010 400 ($5.460 $2,730.00 12 Top 9o975eedurp4Mkiring 1 Is $5,600. 55.50010 0 $0.00 $5.600.00 13 Remora Prawn 6 Rain Engin Sod 5,500 aT $215 111.375.00 -200! ($410 510,055.00 14 6' TMdaraa waren Porting Id Repair 75 Vf 133.00 $2175.00 -7 (1231 , . 12,244.00 15 Canadian d 2' Sandra Leve to Now Wear Maim 2 oe 11$80.00 53,160.00 1 $1,580.00 $4.740.00 16 Mitt. Patdlg Lam Strad Rape 465 a 536.00 517,450.00 -214 704 .. W.756.00 17 1.411rifunion 8 Stcsage 1 Is 54400.00 54,40000 0 WOO $4400/0 18 Titan Safety Rsgrkemenb 1 Is 52,100.00 $2,100.00 0 10.00 $2,100.00 16 Mending Carp L Guar Replr 150 6 $13.00 51.950.00 430 55,58000 57.540.00 20 Sidewalk Repair 4' Thkllen 5 57 57110 1112$0 96 52,160.00 $217250 21 Senna of Exerting rue Hydrant Basel & Trammel 10 se 1250.00 52500.00 -1 (1250.0 • 52250.00 $1.48900 22 8' CC00 Water Pipe DR14 CC 20) 180 If 11710 $3230.00 290 $42613.00 A Seed Race Eww9on 100 oy $1500 58.500.00 .100 (58500.•. $000 24 Class 7 Aggregate Ikeda! 620 In $1020 $10,04.00 332 $5,378.40 515.422.40 25 ClemAn&G.VhNng 1 Ie $4.00040 $4,000.00 0 50.00 $4000.00 26 Erosion coobgl 1 b 51100.00 51,600.00 0 50.00 $1,800.00 27 Cap & Pkg Existing Wdor LC 8 n 1840.00 57,520.00 -4 (13.760. • • $3.760.00 0 5150.00 $12,000.00 0 $0 00 512,000.00 21 Hay Bae 1S' Sled Eramamsnt Pip on Spedfkd Grad W 29 8' D.IP. Wilk FWd Leek Gadaeb Sewer Pips 107 1 544.00 54.70800 0 $Om 14,706.00 30 Hwy Bae 10' Steel Emanated Pipe It K Water Lino 255 0 1130.00 $33,150.00 0 10.00 $33150 CO 31 Hwy Bow 12' Steel Encasement Pips fur 6- Wafer Uro 90 1 $90.00 :.10000 10 WW.130 $9,000.00 32 6' DJ.P. veli HON Lod Gaakeb Weser Pips 105 If $2600 $2,73000 0 $0.00 $2,73000 II 1260.00 $33 800.00 0 50 00 133.00.00 33 Hwy 90 6 Sued 40' Boro 30' Steal Env.sreem Pipe 130 34 8' DIP. with field Lnk Gasket! Wash LMs 335 9 $3600 $6,710.00 0 $000 SS 710.00 35 1r DIP. w11h f•Tdd Lack Gcslmla Water Urn 112 8 052.00 56,9.4.00 0 SOW $6.9400 36 Slrrdard Serer Man Ink Cast Ip Plans 14 4 1260.00 *4,06000 -06 (51. • , 53,1T2010 37 Corvrdfon et New r SaMary Sear b Existing Walt 1 k 12$6000 $2,560.10 0 5000 52560.00 30 8' PVC Sower Pipe Cement In Plan 14 0 590.00 $13.00 0 $0.00 $1260.00 39 Special I10kids BsddllI MaWk1 480 ry 510.50 5504010 -460 ($5,040.00 SOLO 40 Naw 3l'h4etar Set Up Cafplete with Box &Ud 5 se $500.00 $2,050.00 1 $690.00 $3540.00 5620,21110